Page No. 1/13 TECHNICAL BID UTI Infrastructure Technology And Services Ltd. Tender Notice ***** On behalf of our client, we hereby invite sealed tenders in Two Bid Systems comprising of (a) Technical Bid and (b) Financial bid alongwith Earnest Money Deposit for carrying out Supply, Installation, Testing and Commissioning of Public Address System at the Office Premises of UTI- Infrastructure Technology And Services Ltd at 1 st Floor, KFSC Bhavan, 1/1 Thimmaiah Road, Bangaloe- 560 052 In case of any clarification, intending bidder may contact, Mr. A. Manikandan Dy.Manager (Electrical), And Mr. N C Mazumdar Project Manager UTI Infrastructure Technology And Services Ltd., Ground Floor, UTI Tower Bandra Kurla Complex, Bandra East Mumbai- 51 on mail ID, narayan.mazumdar@utiitsl.com, A.manikanden@utiitsl.com And no verbal communication will be entertained A. Submission of Tender: Part I Technical Bid (to be kept in Separate Envelope super scribed as Technical Bid) General Instructions: 1. The intending bidder has to submit the bid in four envelopes marked as envelopes as I, II, III and IV. Usage of Envelopes will be as under: i) Envelope marked as I: The Financial bid to be put in this envelope and sealed. This envelope would be super-scribed as Financial bid. This bid will be opened if the Tender qualifies in the Technical Bid. Envelope marked as II: The duly completed Technical bid regarding Prequalification to be put in this envelope and sealed. This envelope would be super-scribed as Technical bid. The technical bid will be opened only when the EMD is in order. i Envelope marked as III: Each Tender must submit an Earnest Money Deposit as mentioned on the cover page (page no. 1) of the tender in the form of a Demand Draft/ pay order only in favour of UTI
Page No. 2/13 Infrastructure and Technology Services Limited. payable at Delhi drawn on any Nationalised/approved scheduled Bank (and which shall not bear any interest). The Demand Draft/ Pay order should be placed in a envelope no. III. This envelope would be super-scribed as Earnest Money Deposit. No tender will be accepted with out EMD. IV ) Envelope marked as IV: The above three sealed envelopes No. I, II and No. III should be placed in Envelope No. IV and sealed. (i.e. Envelope marked as IV, will contain three envelopes marked as I, II & III). This envelope marked as No. IV would be superscripted as tender for Supply, Installation, Testing and Commissioning of Public Address System at the Office Premises of UTI- Infrastructure Technology And Services Ltd at 1 st Floor, KFSC Bhavan, 1/1 Thimmaiah Road, Bangaloe- 560 052. V) If the tender is not super scribed then there are chances of accidental opening and liable for rejection of the tender, therefore it is advised that the tender be super scribed as above and deposited in the tender box kept for the purpose. The duly filled in and sealed and super scribed tenders must be deposited in the specified tender box kept at the address of The Deputy Voice President, UTI Infrastructure Technology And Services Ltd., Ground Floor, UTI Tower Bandra Kurla Complex Bandra East Mumbai- 51 on mail ID, narayan.mazumdar@utiitsl.com, A.manikanden@utiitsl.com And no verbal communication will be entertained 5. The Technical Bid will be opened at 3.30 p.m. as specified on the cover page no. 1 in financial bid. The tenders may also be sent by post to reach before the scheduled date & time of 3.00 pm on addressed to The Deputy Voice President, UTI Infrastructure Technology And Services Ltd., UTI Tower Bandra Kurla Complex Bandra East Mumbai- 51. 6. The following are essential conditions to be followed for the tender sent by post, failing which the tender may not be opened and not considered or may be treated invalid: a. UTIITSL/ CLIENT takes no responsibility for any tender not reaching in time. b. UTIITSL/ CLIENT takes no responsibility for tender not reaching at all.
Page No. 3/13 c. UTIITSL/ CLIENT takes no responsibility for tenders received in torn, opened or mutilated conditions. Such tenders will not be accepted at all. d. In case of tenders sent by post, the role of UTIITSL/ CLIENT is limited and restricted to put in the appropriate tender box if the aforesaid tenders are received in time as stipulated in the conditions laid out. e. It is, therefore, advised that prospective Tenders / bidders should deposit the tender directly in the tender box to avoid any delay in submission of the tender or to avoid any tearing / accidental opening during sending by post. f. Tenders, which are not super scribed, may not be considered. g. Tenders, which are not addressed properly, may not be considered. Criteria for Pre-qualification of contractors and Evaluation of Performance The Tender shall fulfill of the following condition to get pre-qualified in the tender; 1.1. Joint ventures or consortiums shall not be permitted. 1.2. The contractors should have minimum five years experiences in the respective field. The contractors should have completed similar works (State Government/Central Government/Financial Institutions/Public Sectors undertaking or Multinational Company) Furnishing, Civil and Electrical work Should have carried out minimum of Three project of similar nature of value of not less than Rs. 68.80 lacs each or two projects value of not less than Rs 86.00 lacs each or one project value of not less than Rs 137.60 lacs during the last 5 years to the satisfaction of the client/customer. The evidence documents to be submitted along with the Technical Bid. 1.3. The Tenderer should submit work order and work completion certificate obtained for the completed work during last 5 years duly attested by a Gazetted officer 1.4. The average annual turn over of the Contractors should be minimum Rs. 2.58 crore during the last three years. 1.5. The contractors should have PAN and VAT registration nos. 1.6. The contractors should have Service Tax registration.
Page No. 4/13 1.7. Contractors shall also authorize to the Central Excise and Service Tax department /UTI ITSL to approach his Employers, Clients, Corporations, Organization, etc. to verify Contractor s general reputation/ competence. 1.8. The UTI ITSL/ Central Excise and Service Tax has the rights to accept or reject any Tender without assigning any reason. 1.9. The Technical Bid should be submitted strictly in the format as mentioned along with the supporting documents. 1.10. The Tenders shall be signed by the person/s on behalf of the organization having necessary Authority/ Power of Attorney to do so. Each page of the Tender shall be signed and copy of Power of Attorney / Memorandum of association (Wherever applicable) shall be furnished along with Tender. 1.11. If the space in Proforma is insufficient for furnishing full details, such information may be supplemented on separate sheets stating therein the part of proforma and serial number. Separate sheets may be used for each part of Technical Bid. While filling up the Technical Bid with regard to list of projects completed or on hand, the Tenderer shall only include major / suitable works handled by the firm. 1.12. The Tenderer should ensure that the tender should be delivered at the given address within prescribed date and time as mentioned in the tender cover page. 1.13. Technical bid containing false and/ or incomplete information is liable for rejection. 1.14. The UTIITSL / Client reserves right to accept or reject any or all the Tender and decision of the client /UTIITSL in regard to selection of Bidder shall be final. 1.15. All the technical Bid supporting document and other document should be notarized. Procedure of tender opening a) After opening the first part of the tenders i.e. the Technical bid, UTIITSL/ client would carry out the evaluation of the tenders received in response to the tender. b) The tenderers who are not qualified in the Technical bid would be summarily rejected.
Page No. 5/13 c) The financial bids for only those tenderers, who qualify in the prequalification, would be opened by a Committee constituted by Client / UTI ITSL, in front of the bidders. The date for opening of the financial bid will be intimated to the bidder at the address given by him through speed post or email only. d) After the financial bids are opened, comparative statement would be prepared and the lowest bidder out of the financial bids from the shortlisted bidders would be ascertained and requisite decisions would be taken by the UTI ITSL/ client based on the tender parameters and valuation. *********
Page No. 6/13 1 Name of the Organisation Information to be furnished by the Tenders 2 Address with telephone no. and e-mail address if any. Postal address Telephone nos. E-mail address 3 Year of establishment 4 Status of the firm (Enclose copy) Proprietorship / partnership / limited / trust / any other (please specify) 5 Name of Directors/ Partners / Proprietor i) i 6 Name and address of Bankers i) i 7 Name of 3 projects/2 projects/ or single project of value not less than prescribed minimum value for the category applied completed during last five years by the firm. (Details to be furnished in proforma 1) 8 Important major projects on which the firm is engaged at present and their estimated cost, stage of work viz. planning and construction, the full address of clients shall be indicated against each project. (Details to be furnished in proforma 3) iv) i) i i)
Page No. 7/13 12 If you are registered in Panel of other Organisation/ Statutory bodies such CPWD, PWD, MES, Banks, State Government, Central Government, Financial Institutions, Public Sector Undertaking etc, furnish their name, Category and date of registration. i) i DETAILS OF DIRECTORS / PARTENERS Sr. no. Name of partners / directors Academic qualification Official designation Address / phone / fax / e- mail 1. 2. 3. 4. 5. 6.
Page No. 8/13 DETAILS OF REGISTRATION Sr. no Name of organization / department Registration no. Date / year of registration Enclosed proof 1. Registrar of firms and societies 2. Income tax department (mention PAN no. with copy of latest income tax clearance certificate) 3. VAT Department (Enclose copy of latest income tax clearance certificate) 4. Work contract tax registration (Enclose copy of latest Sales tax clearance certificate) 5. Details of EPF account and registration FINANCIAL STATUS Sr. no Financial year Turnover of the firm (in Rs. lacs) 1 2011 2012 2 2012 2013 3 2013 2014 Profit / loss Enclosed certified copies of audited balance sheets / chartered accountant s certificate. Yes No Furnish copies of audited Balance Sheet and Profit & loss account (audited) for the last three years.
Page No. 9/13 PROFORMA 1 PARTICULARS IN RESPECT OF WORK EXECUTED Sr. No Name of the work/ project executed with address Short description of work executed Name and address of owner and consultant Value of work executed Stipulated time of completion Date of commencement Date of completion Any other relevant information 1 2 3 4 5 Note The contractor shall mention only those works executed during last 5 years which fulfills the eligibility criteria on this page. The list is to substantiated with the documentary evidence such as work order and completion certificates in absence of which the Tender is liable to be rejected. Other works should be mentioned on separate sheet.
Page No. 10/13 Sr. no. 1 PROFORMA- 2 LIST OF KEY PERSONAL PERMANANTLY EMPLOYED Name Designation Qualification Experience Years with the Firm Any other information 2 3 4 5
Page No. 11/13 PROFORMA 3 PARTICULARS IN RESPECT OF WORK IN HAND Sr. No Name of the work/ project executed with address Short description of work executed Name and address of owner and consultant Value of work executed Stipulated time of completion Status Work Of Any other relevant information 1 2 3 4
OTHER INFORMATION 1. Work force permanently employed i) Mason i iv) Carpenters Mechanics Electricians v) Mates / helpers vi) Others 2. Work shop / manufacturing unit facilities i) Location i iv) Area Type of structure Type of facilities 3. List of major constructional equipments in possession of the firm
List of Documents enclosed with Tender form. 1. Status of the Firm / Registration certificate / Memorandum of association 2. Income Tax clearance certificate. 3. VAT registration certificate 4. VAT clearance certificate 5. Work contract tax registration certificate 6. Work contract tax clearance certificate 7. EPF registration certificate 8. Copies of proof regarding the work executed like work order and completion certificate Duly NOTORISED. 9. Electrical contractor license. 10. Photograph of major work executed. 11. Certified copies of audited balance sheets / chartered accountants certificates. 12. Copy of power of attorney (wherever applicable) 13. Service Tax registration certificate Note - please tick the certificates / documents attached. Signature of Tender with company seal/stamp Name of the signatory Date Place : : :